FA489022D0001
Indefinite Delivery Contract
Overview
Government Description
Contract provides critical squadron operations center support C2 data, voice interconnectivity and video relays to enable pilots and operators to fly and control remotely piloted aircraft.
Government Project
SOC-E
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$784,335,002 (2% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Warner Robins, Georgia 31088 United States.
Cape Fox Federal Integrators was awarded
Indefinite Delivery Contract FA489022D0001 (FA4890-22-D-0001)
by
Air Combat Command
in May 2022.
The IDC
has a duration of 8 years and
was awarded
with a Small Business Total set aside
with
NAICS 541513 and
PSC DG01
via direct negotiation acquisition procedures with 15 bids received.
To date, $15,618,610 has been obligated through this vehicle with a potential value of all existing task orders of $52,836,292.
The total ceiling is $784,335,002, of which 2% has been used.
As of today, the IDC has a total reported backlog of $40,869,343 and funded backlog of $3,651,661.
The vehicle was awarded through Relays for Remotely Piloted Aircraft.
DOD Announcements
May 2022:
Cape Fox Federal Integrators LLC, Manassas, Virginia (FA4890-22-D-0001); Nisga'a Tek LLC, Chantilly, Virginia (FA4890-22-D-0002); Koa Lani JV LLC, Orlando, Florida (FA4890-22-D-0003); Tenax Technologies LLC, Belcamp, Maryland (FA4890-22-D-0004); Vector Innovative Solutions LLC, Glendale, Arizona (FA4890-22-D-0005); and All Native Synergies Co., Winnebago, Nebraska (FA4890-22-D-0006), have been awarded a combined not-to-exceed $784,355,002, multiple award, indefinite-delivery/indefinite-quantity contract for the Squadron Operations Center-Enterprise (SOC-E) Program. This contract provides for combat mission support for the sustainment of SOC mission systems, the operations and maintenance of equipment and design/development of systems in support of combat lines. Work will be performed at the contractors’ facilities and is expected to be completed by May 19, 2030. This award is the result of a Small Business and 8(a) Set Aside competitive acquisition and 17 offers were received. Fiscal 2022 operation and maintenance funds in the amount of $30,000 are being obligated via six task orders at the time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.
Status
(Open)
Modified 1/30/24
Period of Performance
5/19/22
Start Date
5/19/30
Ordering Period End Date
Task Order Obligations and Backlog
$12.0M
Total Obligated
$15.6M
Current Award
$52.8M
Potential Award
$3.7M
Funded Backlog
$40.9M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA489022D0001
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA489022D0001
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under FA489022D0001
Subcontract Awards
Disclosed subcontracts for FA489022D0001
Transaction History
Modifications to FA489022D0001
People
Suggested agency contacts for FA489022D0001
Competition
Number of Bidders
15
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
ZN56N8FC2RE8
Awardee CAGE
57MH3
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
F2QF04 F2QF04 HQ ACC AMIC DRR
Created By
beth.dunlap@us.af.mil
Last Modified By
anthony.kilgallon@sa5700.fa4890
Approved By
beth.dunlap@us.af.mil
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Last Modified: 1/30/24